Mothers and Infants Together (MINT) Services Located Within the States of North Dakota, South Dakota, Minnesota, Wisconsin, Illinois, Iowa, Nebraska, Kansas, Missouri, Michigan, Indiana, Ohio, Kentucky, or Tennessee
ID: 15BRRC25R00000027Type: Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL PRISON SYSTEM / BUREAU OF PRISONSRESIDENTIAL REENTRY - COWASHINGTON, DC, 20534, USA

NAICS

Other Residential Care Facilities (623990)

PSC

SOCIAL- SOCIAL REHABILITATION (G004)
Timeline
    Description

    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting proposals for the Mothers and Infants Together (MINT) Services across multiple states, including North Dakota, South Dakota, Minnesota, Wisconsin, Illinois, Iowa, Nebraska, Kansas, Missouri, Michigan, Indiana, Ohio, Kentucky, and Tennessee. The objective of this procurement is to provide comprehensive support for pregnant federal female offenders and their infants, ensuring a secure and nurturing environment for bonding and rehabilitation during the transition from incarceration to community living. This program is crucial for fostering maternal bonding and parenting skills while ensuring compliance with federal regulations and the security of sensitive information. Proposals are due by August 18, 2025, at 2:00 PM EST, and interested parties should direct inquiries to Contract Specialist Kevin Hoff at khoff@bop.gov or by phone at 202-598-6164.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Bureau of Prisons is seeking proposals for Mothers and Infants Together (MINT) Services across several Midwestern and Southern states, including North Dakota, South Dakota, and Tennessee. Interested offerors must adhere to specific proposal guidelines outlined in Section L of the Request for Proposals (RFP), detailing Business, Technical/Management, and Past Performance Information. Proposals must include a comprehensive Business Proposal with firm rates for each contract period, a Technical/Management Proposal explaining the approach and methods, and must be submitted via email. The government reserves the right to award contracts without further discussions, indicating proposals should represent final submissions. An onsite facility inspection will occur before contract negotiations. Additionally, contractors must comply with E-Verify employment eligibility requirements within 30 days of contract award. All inquiries regarding the RFP should be directed to the Contracting Officer via the provided contact information. This solicitation emphasizes the necessity for compliance with federal regulations throughout the proposal and contracting process.
    The Federal Bureau of Prisons is soliciting proposals for residential reentry contracting under solicitation number 15BRRC25R00000027. The request was issued on May 8, 2025, and proposals are due by July 8, 2025, at 2:00 PM Eastern Standard Time. The project is located across several states, including North Dakota, South Dakota, Minnesota, Wisconsin, Illinois, Iowa, Nebraska, Kansas, Missouri, Michigan, Indiana, Ohio, Kentucky, or Tennessee. Proposals must be addressed to Contract Specialist Kevin Hoff at the U.S. Department of Justice, Federal Bureau of Prisons. This solicitation aims to enhance support for individuals transitioning from incarceration to community settings, ensuring effective reentry services tailored to meet the needs of the returning population while contributing to public safety and successful integration into society.
    The document outlines the solicitation for a contract issued by the Federal Bureau of Prisons for providing Mothers and Infants Together (MINT) services across multiple states, including North Dakota, South Dakota, and others. The contract includes a base year and four optional renewal years, aimed at ensuring six placements for the MINT program, which supports mothers and their infants. It emphasizes compliance with federal regulations regarding defense priorities and allocations. The document specifies key services, evaluation criteria, and security requirements associated with the handling of Department of Justice (DOJ) information. Contractors must maintain strict confidentiality of sensitive information, adhere to security protocols, and ensure personnel undergo appropriate background checks. Payment is structured around fixed rates, and the contract includes terms for inspection, acceptance, and delivery of services. The primary goal is to select a qualified contractor that can deliver comprehensive support for the reentry process of mothers and infants while maintaining compliance with all federal regulations and ensuring the security of potentially sensitive DOJ data. The detailed evaluation of offers will focus on the contractor's ability to fulfill the program's requirements effectively and demonstrate a solid technical capability in managing the services outlined in the contract.
    The Mothers and Infants Nurturing Together (MINT) program provides support for pregnant federal female offenders transitioning to motherhood. Eligible participants can join the program two months before their due date and may bond with their infant in a secure, home-like environment for a minimum of six months post-delivery. Key aspects include the need for approval from the Regional Reentry Manager (RRM) for participant placement and ongoing supervision within the facility. Each resident and baby must have specific, separate living areas, and playgroups are discouraged to maintain security. The contractors are responsible for the mother’s medical care through a local OB-GYN, and all relevant transportation, nutritional support, and community resources are to be coordinated by the MINT Coordinator. Furthermore, the contractor must communicate with the RRM regarding medical updates during labor and prepare a comprehensive report post-program completion to evaluate the resident's experience and recommendations for future care. The program aims to foster maternal bonding and parenting skills while ensuring a structured rehabilitation path for the offenders involved. Overall, MINT seeks to integrate social services and healthcare to support both mothers and their infants effectively while maintaining security throughout the process.
    The document outlines the Statement of Work (SOW) for managing and operating a Residential Reentry Center (RRC) under the Bureau of Prisons (BOP). Its primary goal is to provide comprehensive community-based services for federal residents transitioning from prison to the community. The contractor is responsible for staffing, administration, security, programming, and compliance with various laws and regulations governing facility operations. The SOW details the contractor's obligations, including developing operational policies, maintaining a trained workforce, ensuring safety and sanitation standards, and conducting regular inspections. It defines performance benchmarks and emphasizes the importance of training and ethical standards for staff. Key personnel roles, qualifications, and the necessity for continuous training are highlighted, ensuring staff uphold BOP values of correctional excellence, respect, and integrity. Moreover, the document includes policies on handling incidents, emergency plans, budget management, and community outreach initiatives, underscoring the contractor's integral role in fostering positive relations within the community. This framework is aimed at supporting efficient rehabilitation processes and maintaining safety for residents and staff within the facility, aligning with the mission of the BOP to promote lawful, civil behavior among federal offenders.
    The document outlines the Performance Summary Table integrated into the contract with the Federal Bureau of Prisons (BOP), highlighting the consequences of noncompliance by contractors. It details essential contract requirements, which cover safety, resident services, programs, case management, administration, and quality control. Each requirement is associated with specific vital functions that serve as benchmarks for contractor performance. The BOP reserves the right to withhold a percentage of contractor payments—up to 30% for safety/security and order violations and lower percentages for other areas—for failure to meet these obligations. The table emphasizes that nonperformance could lead to aggregate withholdings, exceeding the stated percentages, if issues persist over time. Overall, the document establishes a structured approach to ensure accountability and service quality within the Bureau's operations, reinforcing the importance of adherence to established guidelines for the safety and well-being of residents. It serves as a compliance framework for contractors, defining the fiscal implications of service inadequacies while allowing the BOP discretion in enforcing contract terms.
    The Environmental Checklist for the Federal Bureau of Prisons Community Corrections Program is designed for bidders to evaluate their project proposals in compliance with the National Environmental Policy Act (NEPA). Completion of this checklist is mandatory for bidders to identify potential environmental issues and compare alternatives early in the proposal process. The document requires detailed project descriptions, including site information, project scope, and existing conditions of the proposed location. It mandates disclosures regarding new construction, renovations, and potential environmental impacts, including air and water quality, sewage systems, hazardous materials, and zoning regulations. Key sections include a checklist to assess whether the proposal might affect surrounding structures, cultural resources, or natural habitats. If any impacts are anticipated, the document requires a detailed description of these impacts and public uses in the immediate area. Overall, the checklist serves as a critical tool for ensuring that proposed projects align with environmental standards and community safety regulations prior to implementation.
    The document outlines environmental compliance requirements for activities funded with federal dollars, emphasizing adherence to several key environmental laws including NEPA, the Clean Air Act, and the Endangered Species Act. A critical element of the proposal process is the completion of an Environmental Checklist, which assesses potential environmental impacts associated with the proposed activities. If a proposal involves significant changes, such as new construction or work near protected sites, further analysis like an Environmental Assessment (EA) or Environmental Impact Statement (EIS) may be necessary. The checklist must be accurately filled out, and certifying officials must sign to confirm compliance with all applicable regulations. Failure to complete the checklist properly could lead to disqualification from the proposal review process. This document serves as a vital guide for ensuring that federal projects meet necessary environmental standards.
    The Federal Bureau of Prisons (BOP) has issued a community notification letter regarding an offer submitted by [name of offeror] for Residential Reentry Center (RRC) services, also known as "halfway house" services, in the specified geographic area. This initiative follows an RFP by the BOP aimed at encouraging competitive procurement for RRC services. The letter emphasizes the importance of local law enforcement and governmental input required from potential contractors. Details include the proposed location of the RRC, current zoning status, necessary permits, and timeline for renovation if applicable. The contract will span ______ years with an estimated requirement for ______ beds for female offenders. The BOP's intent for these facilities is to enhance public safety by assisting offenders in reintegrating into society through structured support and programming. The letter also highlights the BOP's commitment to contract oversight and compliance monitoring. Community feedback on the proposed facility is encouraged, with comments directed to the designated contracting officer. The letter serves to inform the public and local authorities while meeting regulatory requirements related to the RFP process.
    The document is a client notification letter intended for prospective past performance references related to a Request for Proposals (RFP) from the Department of Justice's Federal Bureau of Prisons (BOP) for Residential Reentry Center services. The letter underscores the importance of past performance in the selection process as mandated by the Federal Acquisition Streamlining Act. It requests recipients to provide honest and candid evaluations of the services rendered by the proposal submitter, emphasizing confidentiality regarding the identities of those providing references. Specific contacts from the recipient's organization are designated for providing this input, and a point of contact for further questions is also included. The overall purpose is to facilitate the evaluation of past performance to enhance the proposal's credibility in the competitive bidding process for federal contracts.
    The document is a sample bank notification letter for entities responding to the Federal Bureau of Prisons' (BOP) Request for Proposals (RFP) for Residential Reentry Center services. The purpose of this letter is to authorize the bank to respond to inquiries regarding the financial status of the proposing organization, as required by the Federal Acquisition Regulation before contracts are awarded. The letter notifies the bank that their institution's information has been submitted to the BOP as part of the proposal and identifies a specific point of contact within the bank who has knowledge of the organization’s financial standing. The cooperation of the bank is requested, and the contents of the inquiries are stated to be general in nature, assuring confidentiality regarding the information supplied. This letter exemplifies the procedural requirements that potential contractors must follow to establish credibility and financial capability in government contract procurement processes.
    The Federal Bureau of Prisons' Service Contract Business Management Questionnaire solicits qualifications from firms interested in providing government-required services. This document outlines the collection of essential information about the organization that is bidding for contracts, including its name, location, management structure, relevant experience, and financial data. Specific instructions guide firms on how to complete the questionnaire, covering points such as personnel numbers by discipline and the history of past contracts. Additionally, it requires a detailed account of licensing, organizational history, and financial statements. This questionnaire acts as a pre-screening tool for Contracting Officers to evaluate potential contractors, ensuring that submitted data portrays current and factual capabilities. The emphasis is on transparency and due diligence in identifying qualified service providers for government projects, aligning with broader government contracting standards.
    The document outlines the Compliance Matrix for In-House Residential Reentry Center (RRC) Services and Home Confinement Services as part of a federal RFP released in March 2022. It emphasizes evaluating offerors based on past performance in areas such as offender accountability, support for community reentry, and staffing effectiveness. Offerors must submit detailed information on relevant contracts, including performance evaluations and community relations plans, to illustrate their capability to meet contract requirements. Key evaluation areas include site suitability, community engagement, staff recruitment and training, offender accountability and security, and effective programming for reentry and home confinement. The document specifies submission formats, page limits, and documentation requirements to ensure compliance with local zoning laws and community support. It also stresses the importance of maintaining public relations and addressing any community concerns through a structured approach. Ultimately, this RFP seeks to enhance support systems for offenders transitioning back into society while ensuring public safety and community cooperation.
    The RRC Contract Facility Certification of Compliance is a formal declaration that a facility complies with applicable local, state, and federal laws and regulations concerning safety, zoning, occupancy, and air quality, as stipulated in the associated Request for Proposal (RFP) and Statement of Work. The document requires the facility's name, address, and contact information, alongside the signature, printed name, title of the certifying individual, and the date of certification. This acknowledgment serves to ensure that facilities meet stringent safety and regulatory standards, thereby reinforcing accountability in the response to government RFPs and ensuring adherence to legal obligations pertinent to facility operations. The certification process is a critical step for entities seeking federal grants or contracts, reflecting their commitment to maintaining compliance and safety in their operations.
    The document outlines the requirements for contractors to identify local facilities within a half-mile radius of the proposed site, particularly those that may raise public concerns. These facilities include schools, daycare centers, historical landmarks, and residential areas. Contractors must complete a table detailing the name and address of the proposed site, the business name and address of nearby establishments, their distance from the site, and a narrative addressing possible public opposition linked to the proximity of these facilities. There are no restrictions on the number of entries in this table. The aim is to ensure awareness and assessment of community impacts related to the proposed project, which aligns with the protocols typically required in government Requests for Proposals (RFPs) and grant applications.
    The Federal Bureau of Prisons provides a subcontracting plan template for contractors to prepare individual plans consistent with the Federal Acquisition Regulation (FAR) subpart 19.7. Contractors must reference the FAR and the specific solicitation and are guided to fill in highlighted sections, with standard calculations automating the rest. Key goals include ensuring 36% of subcontracts are awarded to small businesses, and specific targets for small disadvantaged, women-owned, service-disabled veteran-owned, and HUBZone businesses. The document outlines requirements for contractors, including reporting subcontracting plans, detailing the methods for setting goals and identifying potential small business sources, and assurances regarding timely payments. Furthermore, contractors must document their outreach efforts and maintain records to ensure compliance with subcontracting goals and facilitate communication with potential subcontractors. Ultimately, the template underscores the Bureau’s commitment to promoting opportunities for small businesses within federal contracts while maintaining accountability and compliance with federal regulations.
    This amendment modifies solicitation number 15BRRC25R00000027 for the Mothers and Infants Together (MINT) Services project, involving states such as North Dakota, South Dakota, and others. The primary change is an extension of the submission deadline from July 8, 2025, to July 18, 2025, at 2:00 PM EST. All other terms and conditions of the solicitation remain unchanged and in full effect. This modification is issued by the Federal Bureau of Prisons, Residential Reentry Contracting in Philadelphia, PA, to ensure interested contractors have additional time to prepare and submit their offers. Acknowledgment of this amendment by bidders is mandatory to avoid potential rejection of their offers. This document highlights standard procedural practices in federal contracting and reflects the government's flexibility in accommodating participants in the request for proposals (RFP) process.
    The document is an amendment to solicitation number 15BRRC25R00000027, issued by the Federal Bureau of Prisons for the provision of Mothers and Infants Together (MINT) Services in various states including North Dakota, South Dakota, and others. The key purpose of this amendment is to extend the closing date for submissions from July 18, 2025, to August 18, 2025, at 2:00 PM EST. The amendment emphasizes the importance for contractors to acknowledge receipt of this amendment and outlines procedures for modifying submitted offers. Aside from this date change, all other terms and conditions of the previous documents remain in effect. This amendment serves to facilitate better participation rates by allowing additional time for potential contractors to prepare their submissions, aligning with the goals of transparency and accessibility in federal procurement processes.
    The Federal Bureau of Prisons has issued a Request for Information (RFI) concerning the provision of Mothers and Infants Together (MINT) services in certain states, including North Dakota, South Dakota, and others. This RFI is part of the Bureau’s efforts to assess the availability of qualified vendors to fulfill an anticipated solicitation on SAM.gov for MINT services. The Bureau aims to gather input regarding the feasibility of these services, including potential obstacles such as local ordinances, area support, zoning issues, and transportation availability. Interested vendors must respond by March 19, 2025, providing their experience, local concerns, and any regulatory considerations regarding MINT services. Responses will be evaluated, but participating in this RFI does not guarantee inclusion in any future procurement process. The document emphasizes that it is purely for informational purposes, not a binding contract, and details regarding responses will be managed to protect sensitive information. This RFI illustrates the government's proactive approach to addressing service needs for mothers and infants in the correctional system while relying on community expertise and resources.
    Similar Opportunities
    COMPREHENSIVE MEDICAL SERVICES - FCI OXFORD
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for Comprehensive Medical Services at the Federal Correctional Institution in Oxford, Wisconsin. The procurement aims to secure a single award for a range of medical services, including inpatient and outpatient facility and physician services, under an indefinite delivery/requirements contract with firm-fixed unit pricing. This contract will consist of a Base Year and four 12-month option years, with estimated quantities of 94 inpatient days and 246 outpatient visits for the Base Year. Interested parties should monitor the official U.S. Government contract opportunities website for the solicitation, which will be available on or about November 14, 2025, and must ensure they are registered in the System for Award Management (SAM) database. For inquiries, contact LaShundra D. Thomas at ldthomas@bop.gov or call 202-598-6077.
    Residential Reentry Center (RRC) Services and Home Confinement Services Located in the Springfield, Illinois Area.
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) Services and Home Confinement Services in the Springfield, Illinois area. The procurement aims to provide comprehensive community-based services for male and female federal offenders transitioning from prison, with a focus on rehabilitation and public safety. This contract includes a one-year base period with four one-year options and a potential six-month extension, requiring the facility to be operational within 120 days of award. Interested parties must submit their proposals by November 12, 2025, at 2:00 PM EST, and can direct inquiries to Kevin Hoff at khoff@bop.gov.
    Architect-Engineer Supplemental Services - North Central Regional Office
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking qualified architect-engineer firms to provide supplemental services for various facilities in the North Central Region, which includes states such as Colorado, Illinois, and Kansas. The procurement involves indefinite-delivery indefinite-quantity (IDIQ) contracts with a one-year base period and up to four option years, focusing on complex design efforts within secure correctional environments. Interested firms must submit their qualifications using the Standard Form 330, with a guaranteed minimum contract amount of $10,000 and an estimated maximum of $7.5 million annually. Submissions are due by January 19, 2026, and should be directed to Kevin Slone at kslone@bop.gov.
    FY26 2nd QTR Milk FMC Fort Worth
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at FMC Fort Worth, is soliciting quotations for the provision of pasteurized, nonfat, unflavored Kosher milk for the second quarter of FY26 under Request for Quote 15B50926Q00000001. The procurement is set aside for small businesses, with an estimated weekly requirement of 13,000 half-pint containers, subject to variation based on inmate population, and deliveries are expected every Wednesday between 6 AM and 1 PM CT. This contract is crucial for maintaining the subsistence needs of the federal prison system, ensuring that inmates receive necessary nutritional provisions. Interested vendors must submit their quotes via email by 12:00 p.m. Central Time on December 5, 2025, and should contact Crystal Lopez-Nazario at CLNazario@bop.gov for any inquiries.
    FCI EL RENO FY 26 2ND QTR MILK
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at the Federal Correctional Institution in El Reno, Oklahoma, is seeking quotes for the supply of milk for the second quarter of fiscal year 2026. The procurement involves providing 12,500 units of Kosher skim milk and 2,784 units of 2% milk, with deliveries required between January 6, 2026, and March 31, 2026, under a firm-fixed price contract. This opportunity is a 100% small business set-aside under NAICS code 112120, and interested vendors must submit their quotes by December 18, 2025, at 4:00 PM CST, with the anticipated award date being December 19, 2025. For further information, vendors can contact Nate Long at n2long@bop.gov or by phone at 405-319-7490.
    Residential Reentry Center (RRC) Services and Home Confinement Services Located in the State of Ohio Within the Counties of Hamilton, Clermont, Brown, Butler, Warren, or Montgomery
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) Services and Home Confinement Services in Ohio, targeting the counties of Hamilton, Clermont, Brown, Butler, Warren, or Montgomery. The procurement aims to provide essential services for federal offenders transitioning back into the community, ensuring compliance with federal regulations and addressing community concerns. This contract is structured as a firm-fixed-price, indefinite-delivery, indefinite-quantity agreement, with a base period of one year and four optional one-year extensions, plus a potential six-month extension. Interested contractors must submit their proposals by December 22, 2025, at 2:00 PM EST, and can direct inquiries to Contract Specialist Kevin Hoff at khoff@bop.gov.
    FCI McDowell 2nd Qtr FY 26 Dairy and Eggs
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons at FCI McDowell, is seeking quotes for dairy and egg products for the second quarter of fiscal year 2026. The procurement includes a requirement for 320,000 half-pint containers of pasteurized, nonfat, skim, or fat-free milk, with an emphasis on past performance and delivery schedules as key evaluation criteria. This opportunity is set aside for small businesses, and all dairy products will be awarded to a single vendor based on overall pricing and past practices, with weekly deliveries required. Interested offerors must submit their bids by 9:00 A.M. EST on December 18, 2025, and can direct inquiries to Joe Riffe at jriffe@bop.gov or by phone at 304-436-7386.
    RRC Services and Home Confinement Services Located in the Middle Judicial District of Louisiana
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for an indefinite delivery, indefinite quantity contract to provide Residential Reentry Center (RRC) and Home Confinement services for federal offenders in the Middle Judicial District of Louisiana. The contract will encompass a maximum of 22 RRC beds (18 designated for males and 4 for females) and 20 home confinement placements for both males and females, covering a one-year base period and four additional one-year option periods. These services are crucial for the rehabilitation and reintegration of offenders, ensuring effective programming and case management. Solicitation number 15BRRC26R00000003 will be available on or about January 3, 2026, on www.sam.gov, with an estimated closing date of March 4, 2026. Interested parties should monitor the website for updates, as hard copies and requests via telephone or writing will not be accepted. For further inquiries, contact Pamela Barcelona at pbarcelona@bop.gov or call 606-599-4138.
    Mattresses BOP Institutions
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons (FBOP), is seeking suppliers for approximately 43,281 institutional clear mattresses with built-in pillows to be delivered to various Federal Correctional Institutions across the United States. These mattresses must meet specific requirements, including lightweight construction, abrasion resistance, breathability, and compliance with fire safety standards, while also integrating features to combat MRSA and resist body fluids and bacteria. This procurement is crucial for maintaining the health and safety of individuals in custody, ensuring that the facilities are equipped with high-quality bedding. Interested vendors should respond to the Sources Sought announcement by December 15, 2025, at 2:00 p.m. CST, and can direct inquiries to Tammie O. Johnson at t8johnson@bop.gov or by phone at 202-598-6012.
    Comprehensive Medical Services
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at FCI Cumberland, is seeking proposals for a comprehensive medical services contract aimed at the inmate population in Cumberland, Maryland. This procurement is focused on providing essential medical care and services to ensure the health and well-being of inmates, which is a critical component of the Bureau's responsibilities. Interested vendors can reach out to primary contact Jeffery Raley at jraley@bop.gov or by phone at 301-784-1000, or secondary contact James Palmer at j5palmer@bop.gov, with inquiries regarding the opportunity. Further details regarding the funding amount and deadlines have not been specified in the provided information.